Resolution 152-1977
-
.-~
RESOLUTION NO, 152 -1977
A RESOLUTION AUTHORIZING THE }1AYOR AND CHAIRMAN OF
THE BOARD OF COUNTY COMMISSIONERS OF MONROE COUNTY,
FLORIDA, TO EXECUTE A CONTRACT BY AND BETWEEN FRANK
KEEVAN & SON, INC., AND THE BOARD OF COUNTY COMMIS-
SIONERS OF MONROE COUNTY, FLORIDA, FOR CONSTRUCTION
OF A BICYCLE PATH ON STOCK ISLAND, KEY WEST, FLORIDA,
BE IT RESOLVED BY THE BOARD OF COUNTY COMMISSIONERS OF
MONROE COUNTY, FLORIDA, as follows:
That the Mayor and Chairman be authorized to execute a
Contract by and between Frank Keevan & Son, Inc., and the Board
of County Commissioners of Honroe County, Florida, a copy of same
being attached hereto, for construction of approximately 7,000
linear feet of bicycle path on Stock Island, Key West, Florida.
Passed and adopted by the Board of County Commissioners of
Monroe County, Florida, at a regular meeting held on the 23rd day
of August, 1977.
BOARD OF COUNTY COMMISSIONERS OF
MONROE COUNTY, FLORIDA
-:" -/ "
BY//~~~/Td<<~L
~ayor and Chairman
(Seal)
Attes t :-)
.~ >~
( " .~ -/ ~;/ Cr/ _' .."
\.._- C erk .
, ,/
Rv
I HEREBY CERTIFY that this doc:Jment
has been reviewed for legal sutfi.
clency and that the same ~meets with
my apPS9Jq1. ,
~~L
, ://L. ?~
. Attorney's Office
~ ,..~. - ~(~, .. Ei J
!Jtt___._~~ ~ . 'I,
q .-.,.--- ~ ---~-~--_.
Jf).:i:< "
A G R E E MEN T
THIS AGREEMENT made this 23rd day of August
1977, by and between FRANK KEEVAN & SON, INC" a Florida corpora-
tion, of the County of Dade and State of Florida, hereinafter
called the Contractor, and the BOARD OF COUNTY COMMISSIONERS OF
MONROE COUNTY, FLORIDA, of the County of Monroe and State of
Florida, hereinafter called the O\vner,
WITNESSETH, that the Contractor and the Owner for the con-
sideration hereinafter named agree as follows:
1, The Contractor shall furnish all the materials and
perform all the work as required by the specifications for the con-
struction of approximately 7,000 linear feet of Bicycle Path on
Stock Island, Key West, Florida, copy of which is attached hereto
and made a part hereof,
2. The work to be performed under the contract shall be
commenced within fifteen (15) days and be completed within 90
calendar days from date of commencement.
3. The Owner shall pay to the Contractor for the per-
formance of the contract in current funds as follows:
$l,97/linear foot upon completion of
the work.
4. The attached specifications together with this
agreement, form the contract and they are as fully a part of this
contract as if herein repeated.
IN lHTNESS WHEREOF, the parties hereto have executed this
agreement the day and year first written above.
Attest, ~__
~~~~
~ ~retary
(Seal)
Page 1 of 2 Pages
')-
\'
BOARD OF COUNTY COMMISSIONERS OF
MONROE COUNTY, FLORIDA
BY&?~~
. Mayor an C ai rman
I HEREBY CERTIFY that this document
has been reviewed for legal suffi-
ciency and that the same meets with
my approv)11. . /. .
J,~/Y", ..,~ /'/'~:' / ~/'._,/f
By ~- A /;../ {/::.~'-
Attorney's Office
P.age 2 of 2 Pages
(Seal)
. '
COUNTY OF MONROE
KEY WEST, FLORIDA
SPECIFICATIONS FOR THE CONSTRUCTION OF
APPROXI~ffiTELY 7000 LINEAR FEET OF BICYCLE PATH ON
STOCK ISLAND IN MONROE COUNTY, FLORIDA
I NOTICE OF CALLING FOR BIDS
NOTICE IS HEREBY GIVEN TO WHOM IT ~ffiY CONCERN that
on the 2nd day of August, 1977 , atl:OOP.M. at the Monroe
County Courthouse, Key West, Florida, the Board of County
Commissioners of Honroe County, Florida will open sealed
bids for the following:
Approximately 7000 Linear Feet of bicycle path
on Stock Island in Monroe County, Florida
Plans, specifications, and all other bid information
may be obtained from the Office of Edward L. Stickney,
Acting Director, Public Works Department, Public Service
Building, Stock Island, Key West, Florida.
All bids must be in the hands of the County Clerk on
or before the 2nd
day of August, 1977, and accompanied by a
bond in the amount of twenty percent (20%) of the bid prlce or
a cashier's check or certified check for said amount.
Any successful bidder awarded contract in accordance with
this notice shall be required to post a performance bond
guaranteeing the completion of the work under the specifications.
The Commission reserves the right to reject or accept
any and all bids made pursuant to this advertisement.
DATED at Key West, Florida, thisllth day of July, 1977.
RALPH W. HHITE
Clerk of the Board of County
Commissioners of Monroe
County, FJ.0r~da
(SEAL)
Publish: Wednesday, July 13, 1977
Wednesday, July 20, 1977
II NOTICE TO BIDDERS
By submission of bid, the bidder will have
acknowledged his physical inspect~on of the proposed
construction site and noted the topographical charac-
teristics of the proposed path location and shall have
included these parameters into the bid. Should the
bidder require any clarifications as to the location of
the proposed path or the specifications, the questions
shall be submitted in writing to the Resident Engineer
of Monroe County and the clarifications returned, in
writing, by the Resident Engineer shall become a part
of the contract for that bidder should that bidder be
awarded the contract by the Board of County Commissioners.
III -SCOPE OF WORK
I
A. Clearing
1. All underbrush shall be cleared within 1.5'
of paved surface.
2. Bikeway should be meandered as necessary to
avoid clearing trees and hedges where possible.
3. Alignment deviations subject to approval of
the Director of Public Works.
B. Soil Sterilization Treatment
1. An 8' wide path shall be treated with herbicide
with a treatment equivalent to Casoron G-4 j
(Granular) applied at a rate of 7 lbs/lOOO sq. ft.
2. In areas where adjacent trees or shrubs exist, a
trench 6" in depth shall be constructed and all
existing roots pruned in order to avoid any contact
between adjacent vegetation and the herbicide.
,
I
Page 2 of 9
c. Base
1. Install a 4" thick layer of crushed oolite
limestone 7' wide sloping transversely at a
rate of one-fourth inch per foot toward the
outside of the right-of-way, with the finish
base surface at existing ground elevation.
2. Where the surface of the base must be raised
above the existing ground surface to match
existing paving areas or walkways, the base
shall not impede drainage within the right-of-
way.
3. The crushed limestone base shall not be
installed where existing base or pavement is
in place and in good condition.
4. The limestone shall be spread by a mechanical
rock spreader equipped with a device which
strikes off the rock uniformly in laying thick-
ness and capable of producing an even distribution
of the rock.
5. After the spreading is completed the entire surface
shall be bladed and shaped to produce a cross
section which conforms to the above specifications.
It shall be uniformly moistened by a truck mounted
bar sprinkler and c6mpacted.
6. When the limestone has received proper moisture
content, it shall be compacted with a steel wheel
roller of not less than 5 tons or more than 12 tons,
until a density of not less than 98% as determined
by AASHO-T-180 has been accomplished.
7. At least three density determinations shall be made
on each days final compaction operation.
I
/
/
Page 3 of 9
D. Surface
. '1. Upon acceptance of the compacted base by the
Director of Public Works, the surface shall be
swept clean and free of sand, dirt, dust or
other detritus material and a double bituminous
surface treatment shall be applied. Each
application shall consist of 0.30 gallons of
RC 70 cutback asphalt per square yard with a
cover of approximately 10 Ibs. of sand or
screenings per square yard.
E. Location
1. The centerline location of the path shall be
provided by the Director of Public Works or
his designated representative at the request of
the contractor allowing 48 hours notice.
2. Any deviation from the location established by
the Director of Public Works shall be approved
by the Director of Public Works prior to clearing.
3. All decisions made concerning alignment will be
for the express purpose of complying with the
Department of Transportation permit stipulations.
F. General
1. All work must be completed in accordance with the
permit and general notes of the Department of
Transportation as attached as Section VI of these
specifications.
2. The Board of County Commissioners reserves the right
to accept or reject any or all bids.
/
/
Page 4 of 9
.9
IV PROPOSAL
A. Stock Island Path Location
1. To construct a bicycle path, as detailed in
these specifications approximately 7,000 feet
in length along the north side of U.S. 1 from
Key Haven Road Ex~ension terminating at the
existing sidewalk in fro~t of the Holiday Inn
on Roosevelt Boulevard, with crossings perpen-
dicular to U.S. 1 at McDonald Avenue and Cross
Street. This proposal shall include construction
of ramps to meet the existing sidewalks at Cow
Key Channel Bridge and Junior College Road.
B. Items To Be Submitted
1. The submitted proposal shall be presented as
a cost for installing one linear foot of a path
7' wide and constructed according to these
specifications. The price per linear foot will
be the value on which bids are compared. The
cost per linear foot is the only pay item in
the contract, therefore the bidder shall have
included all costs such as materials, fill, labor,
etc., in the unit price per linear foot of con-
structed walk.
2. Number of calendar days to complete construction
commencing with the Notice to Proceed.
Note: Contractor awarded contract must commence
construction within 15 days of the Notice to Proceed.
3. Monroe County Engineering Contractors Class I
License Number.
f
I
4. Bid bond in the amount of twenty percent (20%) of
I
I
the bid price or a cashier's check or certified
check for said amount.
Page 5 of 9
, ~-!
.
po
....
--.
~
v
PAYMENT
~
A. Payment shall be made according to the length of
path co~pleted in compliance with these specifica-
tions and approved by the Director of Public Works.
B. Payment shall be based on the bid price per linear
foot for a path seven feet wide as detailed in these
'specifications and not on the estimated overall
length of the path as approximated herein.
c. Final payment length shall be determined by the
Director of Public Works according to the length
of path constructed and shall not include payment
for pavement existing at the time of construction
commencement.
D. Payment shall be made by the owner (Monroe County)
upon acceptance of the entire path at contract completion.
E. Contractor is guaranteed a minimum payment length of
6,000 linear feet.
VI PERFORMANCE AND PAYt>1ENT BOND
,Any successful bidder awarded contract ln accordance
with this notice shall be required to post a performance
and payment bond guaranteeing the co~pletion of the work
under the specifications. This bond shall be furnished
to the owners (Monroe County) within 10 days of notice ox
awarding of bid in writing.
VII PERMITS
A copy of the Department of Transportation Permit for
this path is attached (3 pages) as a part of these specifi-
/
cations.
Page 6 of 9
, .
----
.
/
\\]
:2 I .'
g~j
'-.(1 -< \:J
uJ ;:;: "'C
1. The Permittee is to construct the :2 l.'.... .L.
S i dewa 1 k so as not to impede the :J ~ t:(
nonna 1 flow of water. .. "( . \U.
..' .J~f=:
It wi 11 be the Permittee IS respons.i b i 1 i.tr;6
to correct any and a II dra i nage that,./" ' .:J :::J ~J
is impeded by this construction.. .!.' S<'~ .}e.
'-J u.:
~D~
1lJ:Z~
.. :(4
,f) uJ D
::) -7
~()4.
"i-o
2.
-
HJ..VLf -;1>119 l'
~
...
d
=z
,ri
\, :J
V
ill
.
~
.
,~ , ....
~.J
..
/
I , I
. \
,
~
o
:2
!
:;0
...
I
.
.. =r
r
~~,
Ii
I
tlJl )-'
-1'
~
~I J
'1" >-11 :l
C)
:2 ~li ~
~ -I.
-< tOil II J
'..
U Ii
-J ,! <)
~ .' .f
-rIJ 0:' ~2
0
lLJi 2
.DI
01
." ~:
~
~ /'"),
........,.
(~' ... . I
...- . '_':L
"', ~:
'..v
"~
.~ II
~
,-rT-',
~
.,.., ,
-: (V\T
-0
:-1l' t:..
I
I
I
I
I
I
~I
ill
~
~
~,
~!
){'
, "
'.
,
",,~'."',
,
l-!\ I
::l ,~
ill, !
'; ", \
W'~!
~'i
~
lL
C>
'uJ
:;;
D
UJ
..~
I .
. '
-------.." -~
. .
~
-[Il
I
I: :
"'Jt'';'--- .,_
,.--
,.1
DATE March 15, 1977
SUBJECT: Section 90020 State Road 5 County
PERMITTEE Board of County Commissioners, Monroe County. Florida
Requesting permission from the State of Florida Department of Transportation,
called the Department, to construct, operate and maintain a Bicycle Path 51
STATE OF Y 'qIDA DEPARTMENr. F TRANSPORTAT
PERMIT
PERMIT NoBcS-77
Monroe . .
hereinafter
wide
from MP Station 0.000 to MP Station 26.415
1. Proposed vork is within the corporate limits of a municipality. Yes( No.tX)
Name of Municipality
2. Applicant declares that prior to suqmitting this application he has ascertained the
location of all existing utilities, both aerial and underground.
A letter of notification and plan of improvement vas mailed on March 15. 1977 to
the folloving utilities/municipalities.
Florida Keys Aqueduct Authority
Florida Keys Cooperative
Southern Bel J Telephone and Telegraph Co.
3. Is Interstate or Toll Road right-of-vay involved? Yes ( No. (X )
4. It is expressly st~pulated that this permit is a license for permissive use only ~nd
that the placing of facilities upon public property pursuant to this permit shall not
operate to create or vest any property right in said holder.
5. Whenever necessary for the construction, repair, improvement, maintenance, safe ~nd
efficient operation, alteration or relocation of all, or any portion of said highvay
as determined by the Director of the Division of Road Operations, any or all
facilities and appurtenances authorized hereunder, shall be immediately removed from
said highvay, reset or relocated thereon as required by the Diriector of the Division
of Road Operations and at the expense of the permittee.
6. The construction and maintenance of such facility shall not interfere vith the
property and rights of a prior permittee.
7. It is understood and agreed that the rights and privileg~s herein set out are Grar.ted
only to the extent of the State's right, title and interest in the land to be er.tered
upon and used by the holder, and the holder viII, at all times, assume all risk of
and indemnify, defend, and save harmless the State of Florida and Department from and
against any and all loss, damage, cost or expense arising in any manner on account of
the exercise or attempted exercises by said holder of the aforesaid rights and
privileges. During construction, all safety regulations of the Department shall be
observed and the holder must take measures, including placing and display of safety
devices. and may be necessary in order to safely conduct the public through the
project area in accordance with the Department's Manual on Traffic Controls and Saf~
Practices for street and highvay construction, maintenance and utility oper~tior..
In case of noncompliance with the Department's requirements this permit is void and.
the facility viII have to be brought into compliance or removed from the ?/W at no
cost to the Department.
All vork shall meet Department standards and be performed under the supervjsion nf
J. W. Jeffries Maintenance or Resident Engineer, located at South Miami
Fl~rida. Tel No. 665-6933
All materials and equipment shall be subject to' inspection by the Maintenance or
Resident Engineer.
The office of the Maintenance or Resident Engineer named in Paragraph Nine (9) shall
be notified twenty-four (24) hours in advance before starting vork and immediately
upon completion.
All Department property shall be restored to its original condition as far as
practical, in keeping vith Department specifications, and in a manner satisfactory
to the Department.
The attached sketch and special provision ~overing details of t~is installation
shall be made apart of thi s permit. ',' ,';,.','. '
The permittee shall commence actual construction in good faith 'within sixty (60) daj3
from the date of said permit approval and shall be completed within days.
Special conditions: See General Notes 1-18 Spp also, Notps shown nn
drawing attached.
Special instructions:
8.
9.
1 ().
II.
12.
13.
14.
15.
! 16.
Roadvay construction is pro~edppr u~d~y Yes(
Recommended for approval ~.L: C I 2-;/~:""'>
~cEN&1NlE~
Approved by: ?f?{} 4ftaVlL/
, I \ ~'I D1~1J\1~Ttlolf\OOEtiA~tilh(;~~NEER
:>
Signature and Title
MonroePlace
Co. Corporate
Se 1
MAY f) - 1977
Date
MA y 5 - 1m
Date
~